Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2018 FBO #5943
DOCUMENT

J -- Service Contract for Fire Alarm System Inspection Preventative Maintenance, and Repair Services - Attachment

Notice Date
2/28/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
36C25718Q0503
 
Response Due
3/22/2018
 
Archive Date
6/20/2018
 
Point of Contact
Charles Brown, Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C25718Q0503 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE:  This requirement is Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS is 561621. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote. Only qualified offerors may submit bids. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: The Amarillo VA Health Care System (AVAHCS) intends to award an annual service contract with four (4) option years to a qualified vendor with the capability and capacity to provide inspection, preventative maintenance, and repairs to the fire alarm system at the AVAHCS in accordance with the latest edition of NFPA 72 at required intervals determined by the AVAHCS. Contracted services will include all parts, labor, supervision, and all other resources required to deliver the requirements. See attached Statement of Work (SOW) and Line Item CLIN for complete details. The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Submission of Quote (FAR 52.212-1 Instructions to Offerors Commercial Items): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. All questions must be emailed to Charles.Brown9@va.gov and Victoria.Rone3@va.gov, no later than Wednesday, March 7, 2018 Noon CST. The subject line must specify 36C25718Q0506. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received no later than Wednesday, March 22, 2018, Noon CST. Email your quote to Charles.Brown9@va.gov and Victoria.Rone3@va.gov. The subject line must specify 36C25718Q0506. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Quote should be broken down as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Fire Alarm System Inspection, Preventative Maintenance, and Repair Services Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 12.00 MO $ $ 1001 Fire Alarm System Inspection, Preventative Maintenance, and Repair Services Period: Option Year 1 POP Begin: 10-01-2019 POP End: 09-30-2020 12.00 MO $ $ 2001 Fire Alarm System Inspection, Preventative Maintenance, and Repair Services Period: Option Year 2 POP Begin: 10-01-2020 POP End: 09-30-2021 12.00 MO $ $ 3001 Fire Alarm System Inspection, Preventative Maintenance, and Repair Services Period: Option Year 3 POP Begin: 10-01-2021 POP End: 09-30-2022 12.00 MO $ $ 4001 Fire Alarm System Inspection, Preventative Maintenance, and Repair Services Period: Option Year 4 POP Begin: 10-01-2022 POP End: 09-30-2023 12.00 MO $ $ GRAND TOTAL $ ________________________________ The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK: CONTRACT TITLE: Fire Alarm System Inspection, Preventative Maintenance, and Repair Services BACKGROUND The Amarillo VA Health Care System (AVAHCS) intends to award an annual service contract with four (4) option years to a qualified vendor with the capability and capacity to provide inspection, preventative maintenance, and repairs to the fire alarm system at the AVAHCS in accordance with the latest edition of NFPA 72 at required intervals determined by the AVAHCS. Contracted services will include all parts, labor, supervision, and all other resources required to deliver the requirements. SCOPE The Contractor shall provide inspection, preventative maintenance, fire system computer updates and repairs to fire alarm system at the AVAHCS in accordance with the Performance Work Statement. In providing the services previously mentioned, the contractor shall provide all parts, labor, supervision, and all other resources required to deliver the requirements stated herein, except as may otherwise be specified in this Performance Work Statement. REQUIREMENTS Recommended Equipment The inspection contractor shall provide all tools and supplies necessary to properly perform inspections and tests in accordance with NFPA 72, latest edition, and: Fire Alarm System, tests, inspections, maintenance, alterations, and repairs performed under this contract shall comply with the current edition of NFPA 72, National Fire Alarm Code, including all appendix chapters. Anywhere NFPA 72 states should it shall be taken to mean shall ; Control equipment shall include all testing specified by NFPA 72, table 14.3.1. & 14.4.3.2, test methods, including testing to verify correct receipt of alarm, supervisory and trouble signals (inputs), operation of evacuation signals and auxiliary functions (outputs), circuit supervision including detection of open circuits and ground faults and power supply supervision for detection of loss of AC power and disconnection of secondary batteries. Auxiliary functions to be tested include but are not limited to, voice and strobe signals, door release service, door unlock service, elevator recall, heat detector/shut trip for elevator mechanical rooms and fan shut down on activation of associated duct detectors. Test report shall document that all auxiliary functions were tested and these functions performed properly. Housekeeping, The Contractor shall leave areas where he performs work neat, clean, and orderly. Fire Alarm System Operability. The Contractor shall ensure that the fire alarm system is maintained operable at all times except while being tested or repaired. It is essential that the contractor carefully schedule with the Contracting Officer s Representative (COR) all non-emergency shutdowns of the fire alarm system and that back up protection be provided by the contractor (arrangement of additional personnel stationed at the fire alarm system control panel) any time that the fire alarm system is out of service. In addition, regardless of the duration of the shutdown, the affected portion of the system shall be tested to ensure that the protection has been restored. The Government reserves the right to make any test or inspection it deems necessary to make sure that all performance requirements are being maintained. The Contractor will deliver the service report and test reports to the Safety Section, Engineering Services as listed below: John Fugger (Safety Manager) 806-355-9703, ext. 4605 Contractor s Special Requirements The Contractor, at the contractor s expense, will obtain all necessary permits and licenses for performing fire alarm inspections, testing, maintenance, and repairs. The Contractor agrees to utilize responsible, capable, certified, employees as outlined in Certification and Qualifications of Inspectors section in the performance of any task associated with this solicitation. The contractor may be asked to remove persons who pose a threat to health, safety or security of an installation. Contractor personnel while on site shall possess current factory certification, if applicable. Fire Alarm Inspectors Inspection Fire Alarm inspection services shall be performed in accordance with NFPA 72, National Fire Alarm Code, current edition, including appendices. Report Fire Alarm Inspection reports shall be submitted to the requesting agency on the suggested form as found in NFPA 72, or other approved agency specific forms as provided by the Contracting Officer s Representative (COR). Hours of Inspection Inspections will be performed during normal working hours, 8:00am 4:00pm, Monday- Friday, exclusive of federal holidays. When making routine and/or periodic inspections and tests, to determine that the equipment conforms to the applicable Code Edition (edition under which it was installed), and that the alterations conform to Code requirements. Determine that periodic tests performed by the owner or his agent are conducted in accordance with Code requirements and results of these tests demonstrate Code compliance. Report the results of inspections and tests in accordance with the applicable local regulations or as directed by the Contracting Officer s Representative (COR). When required by the Government, the inspector shall perform a maintenance quality control audit. Detail requirements shall be listed in the request for service from the Contracting Officer s Representative (COR). The contractor shall perform normal fire alarm system inspection; testing and maintenance as covered in current edition of NFPA 72. Repairs and Unscheduled Work. The contractor shall perform Repairs and Unscheduled Work for fire alarm systems as covered in the current edition of NFPA 72. Line item Services. When the contractor s proposal has prices listed as individual line items, the Government may order those services using the line item description. All services shall be performed in accordance with applicable codes. Non-Standard Services. Non-standard services are those not listed as line items in the contractor s proposal and will be set forth in individual work orders. Such services shall be negotiated with the contractor, and services shall be performed only after the Performance Work Statement, the qualifications of the contractors organization to accomplish the services, and the cost of the services have been agreed upon. Cancellation of Work Orders. Either party may cancel individual delivery orders with a 30-day written notice to the other party at no cost to either party. Fire Alarm Inventory Changes. The Government will inform the contractor of any changes to the inventory. Certifications and Qualifications Number of Employees. The contractor shall have a minimum of two factory certified technicians one of which will require Notifier certification to access the Notifier panel during device testing. Fire Alarm Systems Engineering Technicians. Contractor performing contract work shall meet current NFPA 72 qualifications and hold factory certification. Additionally, the contractor must have experience in the past five years in fire alarm system testing, repair, maintenance, installation and related activities of building and equipment comparable to the buildings and equipment by this contract. Contractor must be certified Notifier technician capable of servicing and maintaining Notifier panel associated devices and software. Contractor must be qualified and capable to make any programming changes and modifications to the fire alarm system. Addressable Systems. Technicians modifying the fire alarm control panel of systems shall be factory trained and currently certified for the operating system, including software version, of the particular fire alarm system, and shall provide documentation of this certification per NFPA 72, current edition. Licenses and Permits. Contractor and subcontractor personnel engaged in the activities specified by this contract shall be also required to possess certificates of training, licenses, and permits as required by the state, county, parish, city and local jurisdictions when the alarm system is installed in a facility covered by such state, county, parish, city and other local jurisdictions. Documentation. The contractor shall provide to the Ordering Official and Authority Having Jurisdiction documentation of the certificates of training, licenses, and permits for all new employees not later than seven (7) days prior to that person beginning work under the terms of this contract. The contractor shall ensure that all certificates of training, licenses, permits and bonds are current and valid. All offers must include documentation and proof of the above certifications and qualifications for each employee. Annual Inspection and Test Addressable Fire Alarm System Annual Inspection, Testing, and Maintenance. The Contractor shall perform an annual inspection, testing and maintenance of each device on the fire alarm system in accordance with NFPA 72, National Fire Alarm Code, current edition, in all buildings on the property of the AVAHCS, 6010 Amarillo Blvd West, Amarillo, TX 79119. Inspection, Testing, and Maintenance Records Within 14 days after completing the inspection and testing, the Contractor shall furnish a written record to the Contracting Officer s Representative (COR) that includes the following: Contractors Inspection and Testing Form that includes all the information required by NFPA 72, current edition. Date of manufacture of fire alarm systems and whether parts are readily available. The record shall include any problems noted with the system, including inoperable or unsupervised devices or equipment, or devices that cannot be calibrated, tested or serviced in accordance with the manufacturer s recommendations. Findings noted shall be corrected as part of this Performance Work Statement. Test reports for water flow switches shall include the time (in seconds) from when water flow starts for each switch, until the alarm is initiated. Control equipment shall include all testing specified by NFPA 72, table 10.4.2.2, test methods, including testing to verify correct receipt of alarm, supervisory and trouble signals (inputs), operation of evacuation signals and auxiliary functions (outputs), circuit supervision including detection of open circuits and ground faults and power supply supervision for detection of loss of AC power and disconnection of secondary batteries. Auxiliary functions to be tested include but are not limited to, voice and strobe signals, door release service, door unlock service, elevator recall, heat detector/shut trip for elevator mechanical rooms and fan shut down on activation of associated duct detectors. Sampling tubes for duct detectors shall be tested utilizing a manometer and results should be documented in the test report. All detectors shall be tested utilizing the smoke method or other methods if approved by COR. Test report shall document that all auxiliary functions were tested and that these functions performed properly. Contractor must also provide annual sensitivity results on all applicable detectors. Correcting Fire Alarm System Problems. The Contractor shall follow the requirements outlined in the sections titled Repairs and Repair Charges for correcting problems noted during testing. Government Assistance. The Contractor shall coordinate with the COR to coordinate all fire alarm inspections and tests. Notification. Before proceeding with any testing, the Contractor shall coordinate the notification of all persons and facilities that receive alarm, supervisory or trouble signals (e.g. Safety, VA Police, Telephone Operator and Central Monitoring Station). The Contractor will coordinate with the COR to ensure that all building occupants are notified. At the conclusion of testing, the Contractor shall notify those previously notified that the testing has been concluded. After Hours. The Contractor may be required to perform some work, inspections and tests outside normal working hours of the building occupants. Any scheduled work that is disruptive to the tenants (testing audible devices, elevator capture, fan shutdown, etc) shall be performed after the building occupants normal working hours. The Contractor shall coordinate with the COR or Contracting Officer to coordinate after-hours access to the building. Damage to the Fire Alarm System. Any damage to the fire alarm system or associated equipment (fans, elevators, generators, pumps) caused by normal testing shall be repaired by the Contractor at no additional cost to the Government. At its discretion, the Government may have representatives present to witness any or all such tests. All costs associated with this damage shall be borne by the Contractor. Safety Hazards. The Contractor shall immediately notify the COR of any recognized safety hazard that might severely affect building occupants. Repairs and Repair Charges Definition of Repairs. Repairs are defined as unscheduled work to repair or modify a fire alarm system, or to correct recurring system and/or equipment malfunction(s) or deficiencies identified during testing. All repairs shall be authorized by the COR or the Contracting Officer before being completed. Repair Parts. Contractors who perform repairs under this contract shall be capable of providing replacement parts within 24 hours for the central processing unit (CPU), controller, monitoring and signaling cards, display boards, and other critical parts that may be necessary to restore the equipment and systems. A list of repair parts commonly used in the system is attached to the specification. The Contractor shall provide all parts under this Performance Work Statement. Labor Charges. This contract includes all labor, travel, and per diem. All repairs shall be authorized by the COR or designee before execution. On completion of repairs, furnish repair report to the COR or designee, indicating the number of: Repair service hours used during normal working hours. Repair service hours used outside normal working hours. COR will track the total number of repair hours used during the contract term. When the number repair hours authorized under this Contract are exhausted, the VA will issue separate purchase orders for payment of any additional hours. Critical and Non-critical Repairs. Initial response to repair calls will be based on the nature of the repair, the VA will determine critical or non-critical in nature of all calls. Critical repairs are those repairs affecting the continued occupancy of a building, or the safety of occupants in a healthcare building, or certain operations that are critical in nature. Critical repair response. Due to the emergency nature of critical repairs, the VA representative will make the requests for repairs verbally. Requirements for critical repairs include: After being notified of a repair request, make live voice contact with the ordering official within one hour, have a qualified technician on-site within four (4) hours. If the fire alarm system cannot be repaired within 8 hours, the technical specialist shall notify the COR with a proposed time for completing the work. If the local technical representative cannot identify the problem within 16 hours, they shall escalate the problem to the next technical level and the National Accounts level as necessary to identify the problem and provide a solution. Update the COR on the status of the repairs every 24 hours until repairs are complete. Non-critical repairs. Requests for repairs will be set forth in work orders listing the type of equipment, description of the malfunction, and the facility point of contact. Requirement for non-critical repairs include: After being notified of a repair request, make live voice contact with the ordering official within two hours, have a qualified technician on-site within 8 hours, and complete the repair within 48 hours. If the local technical representative cannot identify the problem within 48 hours, they shall escalate the problem to the next technical level and the National Accounts level as necessary to identify the problem and provide a solution. If the fire alarm system cannot be repaired within 24 hours, the technical specialist shall notify the Contracting Officer with a proposal for completing the work, including a not-to-exceed cost and the time required. The proposal may be approved verbally, but must be approved by the Contracting Officer before proceeding with the work. A verbal approval will be followed by a written work order. Update the COR on the status of the repairs every 24 hours until repairs are complete. Repair Needs Identified During Inspection. If the Contractor identifies repair needs during inspections, the Contractor shall notify the COR of the needed repair and obtain authorization to execute the repair before any repair work is done. On completion of the repair, furnish the COTR with a written report of the repair work, in accordance with paragraph 9 of this section (cause of malfunction and nature of repair work, list of components needed to make repairs, number of hours required to make the repair). Testing After Repairs. All repairs shall be tested according to requirements of NFPA 72, current edition. A representative of the Government may witness testing with sufficient notice to allow testing to be witnessed. Contractor must provide written certification that repairs are complete. The document shall also include the names and titles of the witnesses to the testing. Contractor shall provide in writing before leaving the building. Suspected cause(s) of the malfunction(s) and actions to prevent reoccurrences. A list of components used to make the repair. Hours required making the repair. Full System Repair Records. Upon request the contractor shall furnish a record of all repairs they have made to an individual fire alarm system. PERFORMANCE MONITORING The COR, Safety & Occupational Health Manager and/or Specialist or designee will escort the contractors during the performance of any services rendered under this contract. All reports will be reviewed by the COR and/or Safety & Occupational Health Manager prior to final acceptance. SECURITY REQUIREMENTS Each contract employee must sign in with the VA Police when entering VA Property, to exchange their valid driver s license for a VA identification badge. Contractor will not be permitted on VA property without displaying proper ID. Privacy Training VA Privacy and Information Security Awareness and Rules of Behavior Course (text version) must be completed by all contractors and subcontractor employees assigned to VAaccounts prior to delivery of service and annually thereafter as long as the contract is in place. The contractor shall provide to the VA COR a copy of the completed training certificate(s). GOVERNMENT-FURNISHED EQUIPMENT (GFE)/GOVERNMENT-FURNISHED INFORMATION (GFI) The Contractor shall provide all resources required to deliver the requirements stated in this PWS. The AVAHCS shall not provide ladders, tools, or other equipment for the Contractor to perform the requirements stated in this PWS. OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS Safety Procedures The contractor shall comply with all appropriate safety code requirements. Hazardous Conditions If the inspector encounters equipment that is in a condition that may endanger life or property, the inspector shall immediately notify the Contracting Officer s Representative (COR) of the condition requiring immediate action. Within 24 hours the inspector shall provide a written report to the Ordering Official and Authority Having Jurisdiction of the hazardous condition and recommended corrective action. Material Safety Data Sheets. The Contractor shall provide current Material Safety Data Sheets (MSDS) for all hazardous materials brought into the building. This information will be provided to the Contracting Officer s Representative (COR). Asbestos. Fire Alarm System maintenance and repair may impact asbestos containing materials (ACM). ACM is often found in sprayed-on fireproofing (on ceiling slabs, and support beams); insulation (on pipes, valves, boilers) and within wall materials. The Government shall inform the Contractor of any known ACM in an individual building. If the Contractor must disturb materials he suspects may contain ACM, the Contractor shall immediately report it to the Contracting Officer s Representative (COR), and the COR will investigate and instruct the Contractor how to avoid an airborne asbestos exposure. Lead-Based Paint. Fire Alarm System maintenance and repair may impact lead-based paint. The Government shall inform the Contractor of any known lead-based paint in an individual building. If the Contractor must disturb materials he suspects may contain lead-based paint, the Contractor shall immediately report it to the Contracting Officer s Representative (COR) and the COR will investigate and instruct the Contractor how to avoid lead-based paint contamination. RISK CONTROL The Contractor shall provide to their employees at their expense baseline Tuberculosis (TB) skin testing prior to performing the work stated in this PWS as they will be required to work in internal environments that may involve the risk of airborne exposure to known or suspect TB cases at the AVAHCS. PLACE OF PERFORMANCE The Contractor shall perform the work stated in this PWS at all buildings located at the Amarillo VA Health Care System located at 6010 Amarillo Blvd West, Amarillo, TX 79106. PERIOD OF PERFORMANCE This contract will provide services during the hours of 8:00 AM and 4:00 PM, Monday through Friday, excluding National Holidays, and may require services during after-hours. This may be subject to change as dictated by the needs of the AVAHCS to maintain compliance with Joint Commission and NFPA 72. The Safety & Occupational Health Manager is available during those hours for the supervision of the services being rendered. After-hours access will be coordinated with Safety & Occupational Health Manager. Wage and Determinations: These services are subject to the Service Contract Act Wage and Determination WD 15-5213 (Rev.-5) and can be located at www.wdol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0503/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0503 36C25718Q0503.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117170&FileName=36C25718Q0503-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117170&FileName=36C25718Q0503-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Amarillo VA Health Care System;6010 Amarillo Blvd West;Amarillo, TX
Zip Code: 79106
 
Record
SN04837368-W 20180302/180228230933-69986dedb8be51bfc17f51a3ded085c5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.